Similar Projects
Last Updated | 10/13/2023 04:01 AM |
Project Title | Paving Indefinite Delivery/Indefinite Quantity (IDIQ) |
Physical Address | View project details and contacts |
City, State (County) | Yuma, AZ 85364 (Yuma County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Maintenance, Sidewalks/Parking Lot |
Contracting Method | Competitive Bids |
Project Status | Construction start expected November 2023 , Construction documents |
Bids Due | View project details and contacts |
Estimated Value | $499,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | This is a competitive procurement for Woman Owned Small Business (WOSB) for a Firm-Fixed Price (FFP), Quantity (IDIQ), under NAICS 237310 for paving work in and around the vicinity of the Marine Corps Air Station (MCAS) Yuma Arizona. Locations include MCAS, Cannon Air Defense Complex, Barry Goldwater Bombing Range, Chocolate Mountain Aerial Gunnery Range, Martinez Lake Recreation Complex, and the MCAS 16TH street Housing complex. will be primarily build task orders or task orders with minimal effort (e.g. shop drawings). Various paving and concrete construction project may include, but are not to include repairing roads, parking lots, sidewalks, curbs and gutters, airfield paving, airfield rubber removal, striping, paving (asphaltic and concrete), and other related structures. It is anticipated that this acquisition will be restricted to WOSB and 237310 NAICS code. All other small business concerns are deemed ineligible to submit offers. In order to qualify as a WOSB contractor, companies must meet the requirements and steps listed at the SBA's webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program and have current registration in the System for Management (SAM) database. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract will be for an ordering period of one (1) twelve (12) month base period and four (4) twelve (12) month option periods for a total of sixty (60) months, or five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 237310 - Highway, Street and Bridge Construction, with a corresponding small business size standard of $45.0 Million Dollars. The estimated maximum dollar of this procurement, including the base year and all options is approximately $10,000,000. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. Task order range will be $2,000 to $499,000.00. The Government reserves the right to issue a Task Order for the $5,000 minimum guarantee in lieu of an actual seed project, if it's determined to be in the best interests of the Government. This acquisition will utilize the best offer using the lowest price technically acceptable (LPTA) selection process with the intent to one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and with further discussions if appropriate. Selection for will be based on evaluation of the following: FACTOR 1: Experience; FACTOR 2: Past ; and FACTOR 3: Safety; THE SOLICITATION WILL BE ONLY IN ELECTRONIC FORMAT. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. The solicitation will only be online; in order to view the solicitation offerors must access the System for Management website (www.sam.gov). To download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/), solicitation module. Amendments, if any, to the solicitation will be made at the PIEE website. Registrants are responsible for the accuracy of the information on the SAM.gov Registration List. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |